Loading...
HomeMy WebLinkAboutR-90-0861J-90-904 10/29/90 RESOLUTION NO. 9 0 --- 861 A RESOLUTION ACCEPTING THE BID OF JORGE LARRAURI, G.C., IN AN AMOUNT NOT TO EXCEED $12,900.00, BASE BID OF THE PROPOSAL, WITH A TOTAL PROJECT COST OF $17,225.00 FOR SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE; WITH MONIES THEREFOR ALLOCATED FROM THE 1991 CAPITAL IMPROVEMENT ORDINANCE NO. 10782, PROJECT NO. 415002 IN THE AMOUNT OF $17,225.00 TO COVER THE PROJECT'S COST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received October 4, 1990, for SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid of JORGE LARRAURI, G.C., be accepted as the lowest responsible and responsive bid; and WHEREAS, the 1991 Capital Improvement Ordinance No. 10782, was adopted on September 27, 1990, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 415002 of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The October 4, 1990, bid of JORGE LARRAURI, G.C., in the proposed amount of $12,900.00, for the project entitled Signage and Landscaping for the Dinner Key Entrance, for the base bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 2. The total project cost of $17,225.00 is hereby allocated from the 1991 Capital Improvement Ordinance No. 10782, Project No. 415002 to cover the cost of said contract. CrryMMsDIEMG � 01� NOV 8 19W �UTIO.9�w �61 Section 3. The City Manager is hereby authorized to enter into a contract!' on behalf of the City of Miami with JORGE LARRAURI, G.C., for Signage and Landscaping for the Dinner Key Entrance, base bid of the proposal. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 8th day of Nov ATTEST• MAT7THIRAI9 CITY CLERK LEGAL REVIEW BY: G. RIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JORGE 'L.—FIRNANDE CI Y ATTOR EY IER L. S AYOR , 1990. CAPITAL PROJECT: EDUARDO R RIGUEZ CIP PROJECT MANAGER SUBMITTED BY: ?,126TOR . PRIETO-PORTAR, Ph.D., P.E. OF PUBLIC WORKS The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. -2- 90- 861 _1P F 4.2 SECURITY LIST BID ITEM t Signage & Landscaping for the Dinner Key Entrance B-2993 ---------------------------------------------- ------------------------------------------------------ D I D MO . _ _ 90_ 91 _008 ------------------ --_------------------------ DATE DID(S) OPENED: _ October 4j_1990 __ 11_00 a.m_____________________________ TOTAL BID DOND_Sorj f� BIDDER DID AMOUNT CASHIHR_S_CHECK___ ---------------------------------------- ------------------------- Jorge Larrauri G.C. $12,900.00 BB Voucher Leader Corporation $17,390.00 BB Voucher Pino-FonticIELLA & Assoc. Inc. $20,513.00 BB Voucher ---------------«------ 1D = -- 0---------------�- ` ,—______________received ( L ) envelopes on behalf of (P rson receiving bids) Public Works -----------------------anG?--- (City Department)— Yr (De tq—Citq Clerk) ---- Bid No. 90-91-008 ADVERTISEMENT FOR BIDS RE.CEs1YLE1D 990 AUG ' Sealed bids for "SIGNAGE & LANDSCAPING FOR THE DINNER KEY ENTRANCE B- i i ived b�� the r and the City Clerk of the City of Miami, Florida ai a t of 19wJat, the City Clerk's office first floor of the Miami citymul 1VTzR&X1WAry rican r Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of constructing a concrete sign wall with lighting, landscaping and revision to an existing irrigation system to accommodate the new work. Bidders will furnish perfoma x e and bid bonds in accordance with resolutions No. 86-96;i and no. 87-915. For technical issues as presented in the drawings and specifications, please contact Enrique Nunez, R.L.A. at (305)579- 6865 . Prospective bidders will be required to submit, with their bid a oopy of the appr- - - ate certificate of CaVetenq, as issued by Dade County, which authorizes the Bidder to perfom the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City rregulations will require each bidder to submit proposals in duplicate originals. Plans and Specifications may be obtained from the office of the Director of -Public Works, 27 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after Septeffber 13, 1990. If bidders wish, a set of plans and specifications will be mailed to then by writing to the Department of Public Works and including a separate check for $8. There will be a $W deposit required for the first set of plans and sped scat ons. Additional -sets may be pub for a fee of $20 per setand this is not refundable. Deposits will be refunded only upon the return of are set of plans and specifications to the Department of Public Works, urmarked and in good condition within two (2) weeks after the opening of the bids. Prospective bidders will' be required to submit with their bid a copy of the appropriate Certificate of Cotpetency as required by Dade County, which authorizes the bidder to perform the proposed work. Bidders are alerted to the provisions of Ordinance No. 10538 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. The City of Miami has adopted Ordinance W. 10032, which implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of. new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Mi a i , at (305) 579-6956. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to omplete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject arty or all bids, and readvertise (B-2993 Req. 56'11). Cesar H. Odio City Manager s� i u; U RECEIVED �.,. nip) number must appear TAU 3 i AFC gin advertisement. REQUISITION FOR ADVERTISEM' DEPTIDIV. _ MATTY.HIRAI CITY CLERK = ACCOUNT CODE ' APPR6 �IAMI, FLA. _ PHONE DATE DEPARTMENT PREPARED BY DIRECTOR OF ISSUING times. Publish the attached advertisement (number of umes) f legal ---------- classified display Type of advertisement: (Check On F{ Starting date SIZe' First four words of advertisement: 1 ' x' TT ' S Remarks: xd r. FOR USE OF FINANCE DEPARTMENT ONLY ' DO NOT TYPE BELOW THIS LINE. : ;';Q DATES) OF. INVOICE AMOUNT 7 ADVERTISEMENT - ONE.PUBLICATION 0 sti:4 A �kY }T , B.2 _ k C•3 � Y { . DA ' E'5' F10 F1'1 '{ I•�' f5 F9 F7 F8 #' pUE GATE INDEX? IIE of renoe VENDQR Adv. poc. R e TRANS VOUCHER . YY MM DD 51 r z, AC382 Q 2 P L9ISOQUNT 'N illtF ° , A V, P ii' S 1 15 pE$ORIPTIQN - 1 lysrtlo�► Fin+>�tt?ittk�-Hp1�rRm r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=5 J C'T 16 lS TO : Honorabl a Mayor and Members DATE : FILE B 2-993 of the City Commission FROM Cesar H. Odio City Manager RECOMMENDATION OCT 3 U ]99U SUBJECT: Resolution Awarding Contract for SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Jorge Larrauri, G.C., a company located in Dade County, but not within the City of Miami, for SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE, received October 4, 1990 in the amount of $12,900.00, Base Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: Cost Estimate: Source of Funds: $12,900.00 $15,000.00 % of Cost Estimate: 86.0% 1991 CIP Ordinance No. 10782, as amended Minority Representation: 23F1 i nvi'tati ons mailed 7 contractors picked up plans & specs (6 Hispanic, 0 Black, 0 Female) 3 contractors submitted bids (3 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids receiveT on October 4, and determined that the lowest responsible and responsive bid, in the amount of $12,900.00 is from Jorge Larrauri, G.C., a hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Resolution attached 90 861 CA f� :1 SIGNAGE AND LANDSCAPING FOR THE DINNER KEY ENTRANCE JOB NO. B-2993 CONTRACTOR'S FACT SHEET 1. JORGE LARRAURI, G.C. 7931 S.W. 122 Street Miami, Florida 33156 Tel: (305) 232-4604 (machine (305) 235-9263 (home) 2. Principals: Jorge Larrauri, Sole Owner 3. Contractor is properly licensed and insured. 4. Subcontractors: None required at this time 5. Experience: Corporation established in 1972 6. A hispanic -minority contractor. 7. Project and Scope: The project consists of -the construction of a masonry sign, lighting, landscaping and irrigation for the entrance to Dinner Key. The project is located at S. Bayshore Drive and Pan American Drive. Twenty (20) working days construction time. 8. Funds allocated: Contract: $ 12,900.00 Project Expense 2,322.00 Blueprint: 100.00 Advertising: 600.00 Testing: 1,000.00 Postage: 60.00 SUB -TOTAL $ 16,982.00 Indirect Cost 243.00 TOTAL $ 17,225.00 Prepared by: G.E. Picard 90. g�� d in TABULATION OF BIDS FOR S+ CT � � L6-�1 pS-,-A--P (N4 Utz Toe D I N uet2 Received by the City Commission. City Manager. City Clerk. City of Miani. Florida at ' �� A.M. P.M. � ' I� Y t?PT�N (je BIDDER G LICENSE 6 INSURANCE AS PER CITY CODE 6 METRO ORD. 10117 810 BOND ACCOUNT ND �L) rC (D D Old rc (� IRREGULARITIES MINORITY OWNED �5 ITEM NO. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL tz !c y co co 2, co 00 cc 1 O L ec-(A - I TWC7 IRREGULARITIES LEGEND THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED THAT A— No Power -of -Attorney B— No Affidavit as to Capital 6 Surplus of Bonding Company I C— Corrected Extensions ^,b, D— Proposal Unsigned or Improperly Signed or No Corporate SeelCo., E- F- G— Improper Bid Bond H- Corrected Bid D �. j- JOB NO. Prepared By. BID NO. '9l1— �QQ 2� [� Checked By: 0 q&